Drugbuggy Ranger

Solicitation number 21120-177307/A

Publication date

Closing date and time 2016/10/13 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    DRUGLOO (UK) LTD
    6 Mason Road
    Cowdray Centre
    United Kingdom
    CO1 1BX
    Nature of Requirements: 
    
    DRUG BUGGY RANGERS
    
    21120-177307/A
    Quinn, Laurie
    Telephone No. - (873) 469-3184
    Fax No. - (819) 956-3814 
    
    1. Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilitiesthat meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2.Definition of the requirement 
    The Department of Correctional Services of Canada has a requirement for the purchase of five (5) portable banned substance recovery water closets (WC) or Drugbuggy Ranger from the company “Drugloo” to search through the discarded bodily fluids of an inmate into a dry water closet (toilet) in an efficient and sanitary manner. 
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement of capabilities that its portable banned substance recovery water closets (WC) meets the following requirements: 
    (1) Capable of separating recovered items from human waste without the operator using direct physical contact with the waste.  
    (2) Mobile device that is powered through a battery pack and produced in a compact size capable of being transported to different areas and fitting into a light van or estate vehicle.
    (3) Captured or separated human waste is stored in a separate, sealed storage tank. 
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s) 
    Agreement on Internal Trade (AIT)
    North American Free Trade Agreement (NAFTA)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    5. Justification for the Pre-Identified Supplier
    The Drugbuggy Ranger has the following unique technical features not available through other vendors which are required for recovering banned substance from human waste in a secure transport vehicle. 
    
    (1) Capable of separating and sanitizing recovered items from human waste without the operator using direct physical contact with the waste.  
    
    A method commonly used by inmates to integrate banned substances into federal institutions, is by inserting thesetypes of substances into their body cavity. Once inside, inmates recover them through their own bodily waste. In order to prevent them from doing so, inmates are required to release their human waste prior to them entering the institutional population.Staff members, are then required to search through the human waste and recover any banned substances. For this reason, the equipment is required to be able to perform this action in a sanitary method without the operator being required to have physical contact with the human waste.  
    
    (2) Mobile device that is powered through a battery pack and produced in a compact size capable of being transported to different areas and fitting into a light van or estate vehicle.
    
    Frequently, inmates are transported from outside activities back to the institution, during which they attempt to bring back banned substances in their body cavity. In addition, several institutions do not have the infrastructure capabilities of installing one/several permanent banned substance recovery equipment into a specific cell/room. Having equipment that is portable and is capable of performing the necessary tasks by means of being powered by a battery pack is essential in attempting to intercept any banned substances from entering the institutional population. In addition, given that this equipment will be used in light vans or estate vehicles or be moved from one area of an institution to another, it is required to be compact enough to fit into these vehicles or to be easilydisplaced and still perform the desired actions.   
    
    (3) Once separated, human waste is stored in a separate, sealed storage tank. 
    
    Given that this equipment will be used several times before being emptied and will be placed in vehicles that could be required to travel great distances, it is required that all human waste captured in this equipment and separated from recovered items, be placed in a separate sealed tank from the fresh water tank without the need of physical contact from the operatorto perform this task. 
    
    
    6.Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    
    Agreement on Internal Trade (AIT) - Article(s) 506 12.(b) wherethere is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists;
    
    North American Free Trade Agreement (NAFTA) - Article(s) 1016 2.(b) where for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) XV 1.(b) when, for works of art or for reasons connected with protection of exclusive rights, suchas patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists
    
    8.Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9.Period of the proposed contract or delivery date 
    Delivery must be no later than March 31, 2017.
    
    10. Cost estimate of the proposed contract
    
    The estimated value of the contract, including options is GBP 159 000.00 (GST/HST extra). 
    
    11.Name and address of the pre-identified supplier 
    Name:Drugloo (UK) LTD
    Address: Unit 6 Mason Road
    Cowdray Centre
    Colchester, Essex
    CO1 1BX
    United Kingdom
    
    12.Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    13.Closing date for a submissionof astatement of capabilities.
    
    The closing date and time for accepting statements of capabilities is October 13, 2016 
    
    14.Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Laurie Quinn, Supply Specialist 
    Scientific, Medical and Photographic Division
    Commercial and Consumer Products Directorate
    6A2 (36) Place du Portage, Phase III
    11 rue Laurier, Gatineau Quebec K1A 0S5
    Telephone: 873-469-3184
    Facsimile: 819-956-3824
    E-mail: laurie.quinn@tpsgc-pwgsc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Quinn, Laurie
    Phone
    (819) 956-3824 ( )
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: